Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 18,1999 PSA#2370

United States Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, FL, 32925-3238

36 -- 5000 KVA PRIMARY UNIT SUBSTATION SOL F08650-99-T-2749 DUE 070199 POC Sarah Smith, Purchasing Agent, Phone 407-494-5988, Fax 407-494-2983, Email sarah.smith@pafb.af.mil -- Bonnie Pruett, Contracting Officer, Phone 407-494-5206, Fax 407-494-9215, Email WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F08650-99-T-2 749&LocID=516. E-MAIL: Sarah Smith, sarah.smith@pafb.af.mil. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation # F08650-99-T-2749 is issued as a Request for Quotation on a sole source basis from ABB Power T & D Company, Inc (P/N MX80101059). Specifications, plans and/or drawings relating the procurement described are not available and cannot be furnished by the Government due to proprietary information. ABB Power T & D Company Inc. possesses unique knowledge and proprietary rights that cannot be obtained from any other source. The statutory authority for Other Than Full and Open Competition is 10 USC 2034(1), only one responsible source. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11 and Air Force Space Command Circular 96-4. This procurement is a sole source requirement; however, all responsible sources may submit an offer, which will be considered by the 45th Space Wing. The SIC code and business size standard is 3612. This requirement is for a fixed-price contract for one (1) line item, Brand Name or Equal. Line Item 0001: Quantity 1 EA; item description is: 5000 KVA Primary Unit Substation, 3 Phase, 60 Hertz, Oil Filled, 65 Degree C Rise, OA/FFA (25% FA), 30 Average/40 maximum Ambient, 7.6 percent Impedence with +/- ANSI Standard Tolerance, Phase Relation: DYNI. 3300 Feet Maximum Altitude, 65 db(a) Guaranteed Sound Level. HIGH VOLTAGE: High Voltage 13800y/2,402 Wye 110 KV BIL Taps: 13110, 13460, 14150, 14490. HV Non Standard BIL, Copper Conductor, Non Standard Connection, Porcelain Bushings, Ratio 600/5, Accuracy C400, Additional taps: 500/5, 450/5, 400/5, 300/5, 250/5, 200/5, 150/5, 100/5, 50/5. 10 KV Station Class Lightning Arresters QTY <<prt_char.phase>> Stainless Steel Air Terminal Chamber, Z-bar Flange. LOW VOLTAGE: Low Voltage 4160 Delta 60 KV BIL, Copper Conductor, Porcelain Bushings, Ratio 1200/5, Accuracy C400. Taps: 1000/5, 900/5, 800/5, 600/5, 500/5, 400/5, 300/5, 200/5, 100/5, 6 KV Station Class Lightning Arresters QTY <<prt_char.phase>> Z-bar Flange. BUSHING: Complete set of spare gaskets. CORE/COIL: Core Ground Accessible Through Bolted Handhole. DUTY: Outdoor Service. FINISH: ANSI 61 Light Gray, 5 Mils, C57.12.28-1995 Paint Standard. SHOT BLASTING OF TANK, FITTINGS: 2_ Drain Valve with 3/8_ Sampler Valve, 1_ Upper Filter Press Valve. MONITORING: Ratio 600/5, Accuracy C400, Additional taps: 500/5, 450/5, 400/5, 300/5, 250/5, 200/5, 150/5, 100/5, 50/5, Dial Type Thermometer with Two Contacts, Dial Type Thermometer, Liquid Level Gauge, Liquid Level Gauge with Low Level Contact, Pressure Relief Device with Alarm Contact, Pressure Relief Device, Rapid Pressure Rise Relay with a Seal-in-Relay Panel, Pressure Vacuum Gauge. TANK: Formed Base with Jacking Provisions, Stainless Steel Ground Pads, Cork Neoprene _ All Gauge Gaskets, 316 Stainless Steel Base, 316 Stainless Steel Tank, 316 Stainless Steel Tank Cover, Inertaire Preservation System with Cylinder, Sealedaire Oil Preservation System, 15 PSI Tank Design, Stainless Steel Removable Tranter Radiators with Shut-off Valves, Stainless Steel Hardware with Silicon Bronze Nuts. WIRING CAB: NEMA 4X Control Cabinet, 120 VAC, 250 Watt Space Heater with Thermostat. Required delivery is 120 days after contract award with acceptance and FOB point at destination. Delivery will be to the Transportation Officer, Bldg 310 (between 7:30 AM and 3:30 PM), Patrick AFB FL 32925-5270. FAR 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/ (All letters in lower case.) (End of provision). FAR 52.212-1 Instructions to Offerors -- Commercial Items (AUG 1998); FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (FEB 1999), DFARS 252.225-7000 Buy American Act -- Balance ofPayments Program Certificate (DEC 1991) and DFARS 252.225-7035 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program Certificate (MAR 1998) (offerors shall provide a completed copy of the provisions at FAR 52.212-3, DFARS 252.225-7000 and DFARS 252.225-7035 with offer) and DFARS 252.211.7003 Brand Name or Equal. FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this dress:http://farsite.hill.af.mil/ (All letters in lower case.) (End of clause). FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (APR 1998) (without addenda); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JAN 1999) with the following applicable clauses for para b -- FAR 52.222-26 Equal Opportunity (E.O.11246), FAR 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793) and FAR 52.222-37 Employment Records on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JAN 1999) with the following applicable clauses -- DFARS 252.225-7001 Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582) and DFARS 252.225-7036 Buy American Act; FAR 52.219-6 Total Small Business Set-aside; FAR 52.225-11 Restrictions on Certain Foreign Purchases (AUG 1998); FAR 52.246-1 Contractor Inspection Requirements (APR 1984); FAR 52.247-34 FOB Destination (NOV 1991); DFARS252.204-7004 Required Central Contractor Registration (MAR 1998) (***AS OF 1 JUN 1998 IT IS MANDATORY FOR ALL VENDORS TO BE REGISTERED IN THIS SYSTEM IN ORDER TO RECEIVE A FEDERAL GOVERNMENT CONTRACT. TO REGISTER CALL 1-888-227-2423 or register on-line at http://www.safaq.hq.af.mil/contracting/ccr0.html (All letters in lower case.)***); DFARS 252.232-7009 Payment by Electronic Funds Transfer (CCR) (JUN 1998); and AFSPCFARS 5352.212-9500 Commercial Warranty (APR 1993). YEAR 2000 COMPLIANCE REQUIREMENT: All Information Technology items must be Year 2000 compliant or non-compliant items must be upgraded to be Year 2000 compliant not later than December 31, 1999. Any contract awarded as a result of this solicitation will be a DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700). The Government intends to make a single award to the responsible offeror whose offer is the most advantageous to the Government considering price and price-related factors to include past performance. FAR (provision) 52.212-2, Evaluation -- Commercial Items (JAN 1999), complete para (a) with the following: Award will be made to the offeror who meets the solicitation's minimum criteria for technical acceptability at the lowest price and has a satisfactory past performance record. To be determined technically acceptable, the offeror must furnish product literature which demonstrates that the products offered meet each and every requirement stated in the purchase descriptions given above for Item 0001. **THE FOLOWING MUST BE COMPLETED, AS APPLICABLE, & RETURNED WITH YOUR QUOTE: 1. IF YOUR QUOTE IS FOB ORIGIN, PLEASE PROVIDE THE TOTAL SHIPPING WEIGHT _________ AND/OR THE SHIPPING COST ________. 2. IF THIS/THESE ITEM(S) IS/ARE ON ANY GOVERNMENT CONTRACT, PLEASE PROVIDE COPY OF THE CONTRACT AND: CONTRACT NUMBER -- _________; EXPIRATION DATE -- ______; PROMPT PAYMENT TERMS -- _______; FOB POINT -- __________. 3. FOR WARRANTY PURPOSES, PLEASE FURNISH THE FOLLOWING INFORMATION FOR EACH LINE ITEM: THE WARRANTY EXTENDS FOR A PERIOD OF ___ DAYS OR ___ YEARS FROM ( ) DATE OF SHIPMENT, ( ) DATE OF RECEIPT OR ( ) DATE OF INSTALLATION. 4. CONTRACTOR DUNS NUMBER -- ____________. 5. CONTRACTOR CAGE CODE -- ________. 6. IS THE "REMIT TO" THE SAME AS THE ORDERING ADDRESS? __YES/__NO IF "NO", PLEASE FILL IN CORRECT "REMIT TO": NAME OF COMPANY -________________ NO/STREET OR PO BOX NO. -- ______________ CITY/STATE/ZIP -- ____________. Quotes/proposals/bids are due no later than 4:00 PM on 1 Jul 99 at the address above. Fax no. is 407-494-9215. E-mail: sarah.smith@pafb.af.mil. Posted 06/16/99 (D-SN343717). (0167)

Loren Data Corp. http://www.ld.com (SYN# 0270 19990618\36-0001.SOL)


36 - Special Industry Machinery Index Page